Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2003 FBO #0437
MODIFICATION

52 -- 52-Measuring Tools

Notice Date
2/10/2003
 
Notice Type
Modification
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ-900481
 
Response Due
2/10/2003
 
Archive Date
2/25/2003
 
Point of Contact
Karen Smith, Contracting Officer, Phone 202-324-8808, Fax 202-324-5472,
 
E-Mail Address
ksmithfbi@aol.com
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is a Request for Quotation (RFQ) Number 900481. All quotations shall be clearly marked with RFQ No. 900481. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-11. This procurement will follow the Simplified Acquisition Procedures (SAP) in FAR Part 13. The Standard Industrial Code is 3651, and the North American Industry Classification System (NAICS) is 33431. The Business Size Standard for this solicitation is 750 employees. The Government intends to award an Indefinite Delivery Indefinite Quantity, Firm Fixed-Price type contract for one year with four (4) one-year options for the acquisition of the following equipment, brand name or equal. The manufacturer of this equipment is Tektronix Incorporated, Beaverton, Oregon. Item (1) - Minimum: 25 each - Maximum: 500 each - Tektronix Model #TSG-95-01 - Hand Held Signal Generator - brand name or equal; Item (2)- Minimum: 2 each - Maximum: 25 each - Tektronix Model #TSG601-01 - Hand Held Signal Generator - brand name or equal; Item (3)- Minimum: 2 each - Maximum: 25 each - Tektronix Model #TG700 - Multiformat, Analog and Digital Signal Generator with Audio - brand name or equal; Item (4)- Minimum: 4 each - Maximum: 50 each - Tektronix Model #WVR-500 - Waveform/Vector Rasterizer - brand name or equal; Item (5)- Minimum: 25 each - Maximum: 500 each - Tektronix Model #WFM-90D-01 - Handheld Waveform/Vector Monitor - brand name or equal; Item (6) - Minimum: 10 each - Maximum - 200 each - Tektronix Model #1740A - Measurement Tool - brand name or equal; Item (7) - Minimum: 1 each - Maximum: 25 each - Tektronix Model #RFM-210 - DVB-T Measurement Receiver - brand name or equal; Item (8) - Minimum: 6 each - Maximum - 100 each - Tektronix Model #FSH3 - Handheld Spectrum Analyzer - brand name or equal; Item (9) - Minimum: 2 each - Maximum: 25 each - Tektronix Model #WFM700M - Multi-Format, Multi-Standard Waveform Monitor - brand name or equal; Item (10) - Minimum: 1 each - Maximum: 10 each - Tektronix Model #PQA300 - Bit-by-Bit Picture Quality Measurement System - brand name or equal; Item (11) - Minimum: 1 each - Maximum: 10 each - Tektronix Model #PQM300 - Compressed Video Picture Quality Monitor - brand name or equal. Pricing shall be required for all items to include base year and each option year. Quantity discounts shall also be listed. Delivery charges shall be FOB Destination - Quantico, VA. Listed below are the minimum salient characteristics for this equipment. (1)Tektronix Model #TSG-95-01 (brand name or equal) - This hand-held signal generator shall: weigh less than 1.5 pounds; shall be battery operated (Rechargeable NiCad shall be included); shall generate the following patterns: SMPTE Bars, 75% Bars, Multiburst, 5 step gray scale, 100 IRE Flat Field, 50 IRE Flat Field, Black Burst, NTC7 Composite, NTC & Combination, FCC Composite, Cable Multiburst, Cable Sweep; shall be capable of PAL/NTSC; shall have Stereo Audio Generator (600ohm balanced); and shall be Video Character ID Generator. (2)Tektronix Model #TSG601-01 (brand name or equal) - This hand-held signal generator shall: weigh less than 1.5 pounds; shall be Battery Operated (Rechargeable NiCad Included); shall have Embedded ABS/EBU Audio; shall be capable of monitoring serial video meeting 601 standards; shall generate the following patterns - 75% Color Bars, 100% Color Bars, Pluge, 5 Step Staircase, PLL SDI Checkfield; shall have Variable Output Amplitude; shall Return Loss Alarm; shall have Character ID. (3)Tektronix Model #TG700 (brand name or equal) - This Multiformat, Analog and Digital Signal Generator with Audio shall: Support NTSC/PAL; shall Support SDI; shall Support Digital HDTV; shall Support Analog HDTV (Component); shall Fit in 1RU space; shall have Interchangeable Modules for Signal Requirements. (4)Tektronix Model #WVR500 (brand name or equal) - This Waveform/Vector Rasterizer shall: be capable of making standard NTSC Waveform and Vectorscope Measurements; shall have a Frequency Response 50khz - 6mhz. (5)Tektronix Model #WFM-90D-01 (brand name or equal) - This Handheld Waveform/Vector Monitor shall: weigh less than 4 pounds; shall be capable of making standard NTSC Waveform and Vectorscope Measurements; shall be Capable of making SDI 270Mb/s Measurements; shall be Capable of Making Audio Measurements; shall have a Minimum 4" display; shall have a Waveform in Picture Display; shall have Analog Video Output; shall be Battery Operated (Rechargeable NiCad Included). (6)Tektronix Model #1740A (brand name or equal) - This equipment shall: be Capable of making standard NTSC Waveform and Vectorscope Measurements; shall be Capable of Frequency Response 10khz - 10MHz; shall be Capable of Picture Output; shall have DC Restoration; shall have Cursor Signals; shall be Capable of Audio Measurements. (7)Tektronix Model #RFM 210 (brand name or equal) - This DVB-T Measurement Receiver shall: Measure Bit Error Ratio; shall Measure Modulation Error Ration; shall Measure S/N; shall Measure Quadrature Error; shall Phase Jitter; shall Output MPEG-2 Transport Strem; shall have a Built-in Tuner 46 - 860MHz; shall Channel Bandwidth 6/7/8MHz; shall be IRU Rack Mountable. (8)Tektronix Model #FSH3 (brand name or equal) - This Handheld Spectrum Analyzer shall: weigh under 7 pounds; shall be Capable of Frequency Range up to 3GHz; shall be Capable of Resolution Bandwidth 1khz to 1MHz; shall be Capable of Reference Level -80dBm to +20dBm; shall have a Color LCD Display; shall be Capable of Power Measurements up to 200mw; shall be Capable of Distance to Fault Measurements; and shall have a Built-in Tracking Generator. (9)Tektronix Model #WFM 700M (brand name or equal) - This Multi-Format, Multi-Standard Waveform Monitor shall: Accommodate both BT.601 and SMPTE 292M; shall be Capable of Eye Pattern and Jitter Display; shall be Capable of Video and VGA Outputs; Valid Signal shall be automatically detected; shall have an HD Frequency Response = 30MHz. (10)Tektronix Model #PQA 300 (brand name or equal) This Bit-by-Bit Picture Quality Measurement System shall: be Capable of Generating Source Video and Analyzing Test Video; shall be Capable of Performing bit-by-bit comparisons for a minimum of 2 seconds; shall be Capable of numerically quantifying the quality of the analyzed video; shall be capable of visually displaying the differences between source and test video; the System shall include vendor provided source video clips; the system shall be capable of using customer provided video as source video; system shall accept and output 601 digital video and NTSC/PAL analog video; system shall have an integrated display and control interface; system shall not require an external computer for operation; system shall be capable of interfacing to a printer and Ethernet network. (11)Tektronix Model #PQM 300 (brand name or equal) - This Compressed Video Picture Quality Monitor shall: be Capable of Real-time Monitoring an analog NTSC/PAL video stream for compression artifacts; shall be Capable of detecting and recording compression blockiness, duplicate frames and frozen frames and noise; system shall accept NTSC and PAL analog video; BNC and S-Video connectors shall be required for video input; system shall provide passive loopthrough of video signal; system shall have an integrated display and control interface; system shall not require an external computer for operation; and system shall include a non-volatile storage solution for storing test results. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an equal product, the offered items shall be considered the brand name product as referenced in this announcement. If quoting an "or equal" product, vendor shall submit one (1) sample of each item to: Federal Bureau of Investigation, Engineering Research Facility, Building 27958A, Quantico, VA 22135, Attention: Mr. Greg Scheer, for evaluation purposes. At the conclusion of the evaluation, all equipment shall be returned to the vendors. If offering an "or equal" product, the brand name of the product furnished shall be clearly identified on the quote. The evaluation of quotes and the determination as to the equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available, the vendor shall furnish as part of their quote all descriptive material necessary for the purchasing activity to determine whether the product meets the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of proposed modification and clearly mark any descriptive material to show proposed modification. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause; nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed above. All quotes shall be submitted on an SF-1449 and shall be faxed to (703) 339-2750, Attention: Karen Smith by close of business February 10, 2003. No hand carried quotes will be accepted. Vendors are hereby notified that if your proposal is not received by the date/time stated above, your quote shall be considered late. The following clauses and provisions are incorporated by reference and are applicable to this acquisition: Federal Acquisition Regulation (FAR) provision 52.212-1, "Instructions to Offerors - Commercial Items" (OCT 2000); FAR provision 52.212-2, "Evaluation-Commercial Items" (JAN 1999); FAR clause 52.212-4, "Contract Terms and Conditions - Commercial Items" (FEB 2002); FAR clause 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" (MAY 2002). The full text clauses can be obtained at the following web site: http://www.arnet.gov/far/. FAR provision 52.212-2, "Evaluation-Commercial Items," is tailored to read as follows: All responsible vendors may submit a quotation which, if timely received, shall be considered by the FBI. The Government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (i) technical, (ii) warranty, (iii) past performance, and (iv) price. The Government reserves the right to evaluate technical compliance and make a best value decision. This could result in award to other than the lowest priced offer. The areas of technical capability, warranty, and past performance are of higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the "or equal" samples and literature for compliance with meeting or exceeding requirement specifica-tions. If the offeror fails to provide the samples and descriptive literature as requested, it shall be grounds for disqualifying his/her offer. Warranty - The offeror exceeding the standard commercial warranty, and offering the government the best value, shall be rated higher. Past Performance Evaluation - Vendor shall provide at a minimum, the names and telephone numbers of the last three customers that have acquired the same or similar equipment. Price Evaluation- The base year, as well as each option year, will be added and then those totals will be added together for a "total" price. The following FAR clauses/provisions are applicable under FAR clause 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items," and are hereby incorporated by reference: FAR clause 52.203-6, "Restrictions on Subcontractor Sales to the Government" (JUL 1995), with Alternate I (OCT 1995); FAR clause 52.219-8, "Utilization of Small Business Concerns" (OCT 2000); FAR clause 52.222-21, "Prohibition of Segregated Facilities" (FEB 1999); FAR clause 52.222-26, "Equal Opportunity" (APR 2002); FAR clause 52.222-35, "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans" (DEC 2001); FAR clause 52.222-36, "Affirmative Action for Workers with Disabilities" (Jun 1998); FAR clause 52.222-37, "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans" (DEC 2001); FAR clause 52.225-1, "Buy American Act - Supplies" (MAY 2002); FAR clause 52.232-33, "Payment by Electronic Funds Transfer - Central Contractor Registration" (MAY 1999). Each offeror shall include a completed copy of the FAR provision 52.212-3, "Offeror Representations and Certifications - Commercial Items" (JUL 2002). The following Department of Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at: http://www.usdoj.gov/ jmd/pe/jarinet.htm: JAR clause 2852.201-70, "Contracting Officer's Technical Representative (COTR)" (JAN 1985); JAR clause 2852.233-70, "Protests Filed Directly With the Department of Justice (JAN 1998); and JAR clause 2852.211-70, "Brand-Name or Equal" (JAN 1985). The following FAR clauses/provisions are also incorporated by reference into this solicitation: FAR provision 52.211-6, "Brand Name or Equal" (AUG 1999); FAR clause 52.216-18, "Ordering," (OCT 1995). This clause will be completed upon award. FAR clause 52.216-19, "Order Limitations," (OCT 1995) - "Minimum Order - When the Government requires supplies or services covered by this contract in an amount of less that $100.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish those supplies under the contract. Maximum order - The Contractor is not obligated to honor-- (1) any order for a single item in excess of 501; (2) Any order for a combination of items in excess of 1500; or (3) A series of orders from the same ordering office within 60 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section..." FAR clause 52.217-9, "Option To Extend The Term of the Contract," (MAR 2000). "The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires... (c)The total duration of this contract including the exercise of any options under this clause, shall not exceed 60 months." FAR provision 52.219-1, "Small Business Program Representations," (APR 2002) with its Alternate I (APR 2002). FAR clause 52.216-22, "Indefinite Quantity (OCT 1995). Offerors are to submit provision 52.212-3, "Offeror Representations and Certifications-Commercial Items (JUL 2002) with their quote. Technology Enhancements - It is anticipated that the Government's requirement for the equipment described in this contract will extend over several years, perhaps exceeding the technological life of the proposed equipment. It may be in the best interest of the Government, as well as the Contractor, to substitute equipment of a newer technology for the equipment proposed, or some portion thereof, provided that the conditions below are satisfied. During the life of the contract, and under its terms and conditions, the Government may request, or the Contractor may propose to provide, technologically advanced equipment, components, software or any other item(s) contracted hereunder. Types of Upgrades - The upgrades covered by this clause will generally be substituted for functional items/systems already in the contract. The substitution may be in total or in part. The upgrades discussed in this clause are not replacements for items or systems already ordered and installed, and nothing in this clause shall be construed as authority for such replacement of installed equipment. The one exception to this exclusion is software. Installed software will always be eligible for an "upgrade," to allow the Government to maintain currency, consistency, and the compatibility in its software. It is further understood by the parties to this contract that this clause envisages technological refreshment related to the general type of hardware and software covered by the scope of this contract. Minimum Qualifications for Acceptance of Upgrades - The Government is under no obligation to substitute any item for an item already listed in the contract. However, subject to mutual agreement when required above, when items are added to this contract under this clause, the item or items shall meet the following criteria: (1) have been sold to the general public in substantial quantities before substitution under this clause; (2) meet or exceed all mandatory requirements of the contract; (3) be fully compatible with the originally proposed equipment; (4) the price should be equal or less than the Original Equipment Manufacturer (OEM) for the item. The Contractor shall agree to all terms and conditions, including delivery and installation, being equal to or more favorable to the Government than the substituted equipment; (5) be judged technically acceptable by the COTR; (6) be approved in writing, by execution of a contract modification, signed by both the FBI Contracting Officer and the Contractor's representative; and (7) shall undergo acceptance testing in accordance with the terms of the contract. Pricing of Upgrades - The pricing of upgraded item(s) shall be negotiated on a case-by-case basis provided that the final price shall not exceed the limitations specified above. Delivery of Upgrades - Notwithstanding the delivery requirements set forth above, initial delivery requirements for upgraded items shall be mutually agreed upon by the parties to this contract at the time the upgrade item is added. The Contracting Officer shall have the right to set the delivery schedule based on the longer of the standard commercial delivery schedule of the item(s) or the contract's standard delivery schedule for similar item(s), if a mutually agreeable schedule cannot be met. After the first 60 days, the original contract schedule for delivery takes effect if it is less than the initial agreed upon delivery time. Identification of Technologically Advanced Products - While the Government reserves the right to independently solicit a proposal from the Contractor under the terms of this clause at any time, potential upgrades will normally be brought to the attention of the Government by the Contractor. Offers shall be submitted on an SF-1449 and are due by close of business on February 10, 2003. Please submit any questions, in writing, by January 30, 2003 to Karen Smith at the following facsimile number - (202) 324-5722. Responses to the questions will appear in the Fedbizops no later than February 5, 2003. It is the responsibility of the offeror to ensure that their proposal is received at/or prior to the noted date and time in this announcement. Amendment #2: The following is hereby incorporated into RFQ-900481: Receipt of proposals has been extended until 1:00 pm February 18, 2003.
 
Record
SN00256244-W 20030212/030210213306 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.